Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2003 FBO #0464
MODIFICATION

W -- Rental and Service of Portable Latrines

Notice Date
3/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
F08651-02-R-0030
 
Response Due
3/14/2003
 
Point of Contact
Elisa Horrach, Contract Specialist, Phone (850)882-0298, Fax (850)882-1860, - Elisa Horrach, Contract Specialist, Phone (850)882-0298, Fax (850)882-1860,
 
E-Mail Address
elisa.horrach@eglin.af.mil, elisa.horrach@eglin.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center (AAC) at Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price requirement for Rental and Service of Portable Latrines. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F08651-03-R-0030 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This requirement is 100% Small Business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 562991 with a small business standard size of $6M. Please identify your business size in your response based upon this standard. There is one contract line item (CLIN) for the year with seven option years. CLIN 0001 for base year, CLIN 0101 for first option year, CLIN 0201 for second option year, CLIN 0301 for third option year, CLIN 0401 for fourth option year, CLIN 0501 for fifth option year, CLIN 0601 for sixth option year, CLIN 0701 for seventh option year. The estimated quantity of work is listed in Appendix 1 of the Statement of Work (SOW). The contractor shall provide all labor, equipment, tools, materials, supervision, and services necessary in connection with delivery, service, and pick up of chemical latrines, and fleet service of aircraft required as defined in the SOW. Contractor shall have available units for long-term monthly rentals and short term/special order rentals upon request, given adequate notification, regardless of number. Service shall be performed at Eglin Air Force Base, which consists of the main base, auxiliary fields, ranges, and test sites. The period of performance will be one year, 1 Apr 03-31 Mar 04 with 7 one-year options. The solicitation package includes the Statement of Work (SOW) and Wage Determination 94-2309 Rev 26 dated 06/06/02. The provision at 52.212-1 Instructions to Offerors?Commercial, applies to this acquisition an any addenda to the provision; FAR 52.212-2 Evaluation?Commercial Items, evaluation will be based on: (i) Past Performance, contractor will provide three references (See attached past performance questionnaire) (ii) Quality of Spill Response Plan-- The contractor shall provide a spill response plan with the proposal. The plan shall include procedures for spill(s) and shall comply with all state, federal, and Environmental Protection Agency (EPA) rules and regulations for coverage of non-hazardous spills (iii) Price; FAR 52.212-3 Offeror Representations and Certifications?Commercial Items (Offerors must submit a complete copy with their offers): 52.212-4?Contract Terms and Conditions?Commercial Items; applies to this acquisition and any addenda to the clause. FAR 52.212-5, contract Terms and Conditions required to Implement Statues or Executive Orders?Commercial Items apples to this acquisition. See the Solicitation for remainder of clauses relating to this acquisition. To view the provisions and clauses in full text, visit the web site (farsite.hill.af.mil). Vendors must be approved and registered in Central Contractor Registration (www.ccr2000.com) before award can be made. All proposals must be received no later that 2:00 P.M., Central Standard Time on 14 Mar 2003. Send all proposals to Elisa J. Horrach, 205 West D Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916/1680, or email elisa.Horrach@eglin.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: EGLIN AIR FORCE, FLORIDA, Eglin Air Force Base consists of the Main Base,, auxiliary fields, ranges, and test sites.
Zip Code: 32579
Country: USA
 
Record
SN00274243-W 20030309/030307214112 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.